Active SLED Opportunity · CALIFORNIA · ORANGE COUNTY - CALIFORNIA
AI Summary
Orange County seeks qualified providers for inpatient behavioral health services for Medi-Cal eligible individuals with serious mental health or substance use disorders. Contracts will be awarded to licensed facilities providing acute inpatient psychiatric care with comprehensive services including evaluation, therapy, medication management, and care coordination.
The primary goal of this program is to provide services to Medi-Cal eligible youth, adults and/or older adults, with a serious mental health condition, often a co-occurring medical/substance use disorders, or stand-alone severe substance use disorder requiring acute inpatient psychiatric treatment in a safe, secured environment to stabilize symptoms occurring as a result of their mental health condition.
The County intends to establish two (2) Master Contracts which are dependent on State licensure but have the same required services as outlined below, pursuant to which County intends to execute contracts with all applicants who meet eligibility and submission requirements. The Master Contracts will be for one of the following service provisions:
The County intends that the successful Applicant shall provide Inpatient Hospital Services or Inpatient Behavioral Health Services to include but not limited to: high quality, compliant, person centered, trauma informed inpatient psychiatric services (including co-occurring Substance Use Disorder (SUD) care or stand-alone SUD care), from admission through stabilization and transition to lower level of care, with strong coordination, discharge, and follow up as proposed in accordance with contract requirements set forth in the solicitation and Model Contract, including Attachments.
Inpatient Behavioral Health Services shall be provided to residents from all areas of Orange County who require this highly restrictive level of care to ensure their safety and/or the safety of others. Many individuals served may present with co-occurring medical conditions and/or substance use disorders. In some instances, adults and older adults may present with a primary severe substance use disorder, necessitating involuntary treatment. Services shall be provided to Orange County residents, ages 13 - 17 living with a serious emotional disturbance; adults ages 18-64; and older adults ages 65 and older living with a serious mental health and/or severe substance use disorder and who meet criteria for involuntary acute inpatient psychiatric care under Sections 5150 or 5585 of the Welfare and Institutions Code. Services shall also be provided to individuals who voluntarily seek treatment. These individuals may be considered a danger to themselves or others or may be gravely disabled.
The County of Orange (County) Health Care Agency (HCA) is seeking applications from qualified organizations to provide Inpatient Behavioral Health Services.
The primary goal of this program is to provide services to Medi-Cal eligible youth, adults and/or older adults, with a serious mental health condition, often a co-occurring medical/substance use disorders, or stand-alone severe substance use disorder requiring acute inpatient psychiatric treatment in a safe, secured environment to stabilize symptoms occurring as a result of their mental health condition.
The County intends to establish two (2) Master Contracts which are dependent on State licensure but have the same required services as outlined below, pursuant to which County intends to execute contracts with all applicants who meet eligibility and submission requirements. The Master Contracts will be for one of the following service provisions:
The County intends that the successful Applicant shall provide Inpatient Hospital Services or Inpatient Behavioral Health Services to include but not limited to: high quality, compliant, person centered, trauma informed inpatient psychiatric services (including co-occurring Substance Use Disorder (SUD) care or stand-alone SUD care), from admission through stabilization and transition to lower level of care, with strong coordination, discharge, and follow up as proposed in accordance with contract requirements set forth in the solicitation and Model Contract, including Attachments.
To be eligible to submit an application for these services, the applicant must:
County will not review any application submitted by an individual or entity found not to be eligible to submit an application.
In addition, to be eligible to contract with the County, an individual or entity must not be listed on the current Cumulative Sanction List of the Office of the Inspector General (U.S. Department of Health and Human Services), the General Services Administration’s list of parties excluded from federal programs, or the California Medi-Cal Suspended and Ineligible Provider List. Accordingly, County will not review any application submitted by an individual or entity found to be on any of these lists and the application will automatically be rejected. County will notify the applicant of this determination in writing.
The County plans to use the following databases to identify individuals and entities that are not eligible to contract with the County:
It is the sole responsibility of all applicants to verify that they are not on any of these lists prior to preparing and submitting an application in response to this RFA. Correction of any errors found on any of the lists, above, is the sole responsibility of the applicant and must be made prior to submission of the application.
In addition, to be eligible to contract with the County, an individual or entity must not have any pending charge(s) or conviction(s) for violation of criminal law(s) and/or any sanction(s) or disciplinary action(s) imposed or taken against them by any federal or state law enforcement, regulatory or licensing agency or body, including exclusion from Medicare and Medicaid programs. Accordingly, all applicants must self-disclose with explanation, or deny the existence of this information pertaining to their principals, executives, and managers directly involved with the performance of the services solicited herein in Attachment II. Form C “Applicant Certifications”.
Title VI Solicitation Notice: The (Title of Recipient), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4), 28 CFR § 50.3, and 49 CFR Part 21, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, all contractors will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of the owner’s race, color, national origin, sex, creed, age, or disability in consideration for an award.
The County plans to contract with applicants who meet the requirements of this solicitation to provide the subject services. At the discretion of County, the initial term of the contract(s) resulting from this solicitation may be renewed for an additional term or terms. Any renewal is contingent upon available funding, contractor performance, need for services, and County policies.
Successful applicants are expected to accept all of the terms and conditions of the attached Model Contract, which contains the contract requirements between the County and the applicant regarding the provision of services solicited under this Request for Applicants (RFA). Any exceptions to the Contract Template must be indicated in the Services Questionnaire. The selected application will be retained and incorporated into the contract by reference and made part thereof, except for assurances and promises that are unlawful.
Contract(s) resulting from this solicitation shall be a cooperative Contract and may be utilized by all County of Orange departments.
The provisions and pricing of any Contract resulting from this solicitation will be extended to other governmental entities. Governmental entities wishing to use this Contract will be responsible for issuing their own purchase documents, providing for their own acceptance, and making any subsequent payments. Contractor shall be required to include in any subordinate Contract entered into with another governmental entities pursuant to this Contract, a Contract clause that will hold harmless the County of Orange from all claims, demands, actions or cause of actions of every kind resulting directly or indirectly, arising out of, or in any way connected with, the use of this Contract. Failure to do so will be considered a material break of this Contract and grounds for immediate Contract termination. Governmental entities are responsible for obtaining all certifications of insurance, endorsements, and bonds required. The Parties agree that any other governmental entity utilizing this Contract shall not be deemed to be an agency or employee of County for any purpose whatsoever. The Contractor is responsible for providing each governmental entity a copy of this Contract upon request. The County of Orange makes no guarantee of usage by other users of this Contract.
The Contractor shall be required to maintain a list of the County of Orange departments and governmental entities using this Contract. The list shall report dollar volumes spent annually and shall be provided on an annual basis to the County, at the County’s request.
Subordinate Contracts must be executed prior to the expiration or earlier termination of this Contract and may survive the expiration of this Contract up to a maximum of one year; however, in no case shall a subordinate Contract exceed five (5) years in duration.
The contract(s) awarded through this solicitation is anticipated to be Human Services. The funding source for these services is Realignment Funds, California Department of Health Care Services (DHCS) and Federal Financial Participation (FFP) funds. Any contract resulting from this solicitation is contingent upon sufficient funds being made available by federal, state, and/or county governments for the term of the contract. The County reserves the right to revise the contract term stated in this solicitation. Start-up funds are not available for these services, with proper justification, TBD, and may be used for TBD.
The County reserves the right to reject any application at any time during the RFA process on the basis of any substantiated actual and/or apparent conflict of interest regarding the performance of the proposed services solicited under this RFA. All applicants must self-disclose any potential and/or actual conflict of interest(s) in Attachment II. Form C “Applicant’s Certifications”. Any applicant submitting an application herein waives any right to object to County’s exercise of this right, now or at any future time, before anybody or agency including, but not limited to, the County Board of Supervisors or any court of competent jurisdiction.
As soon as the County has determined that an applicant has a conflict of interest as stated herein, County will provide written notification of such conflict and rejection of the application.
The County also reserves the right to reject any application at any time during the RFA process on the basis of any one or more of the following substantiated grounds:
All applications that are irregular, incomplete, conditional, ambiguous and/or obscure and not minor irregularities and/or immaterial or inconsequential variations from the RFA requirements will be rejected. The County will provide a written notification of the grounds upon which an application is rejected.
The successful Applicant shall provide high quality, compliant, person-centered, trauma-informed inpatient psychiatric services (including co-occurring SUD care and/or care for medical conditions or stand-alone severe substance use disorder care), from admission through stabilization and transition to lower level of care, with strong coordination, discharge and follow-up.
John Wayne Airport (JWA) is requesting information on the racial and ethnic ownership of businesses seeking contractual or business opportunities with the Airport. Please provide this information in the following online form: https://forms.office.com/g/JDEyLfcptc
Only one survey response should be submitted per business for each opportunity. Your assistance in providing this voluntary and anonymous information is greatly appreciated and supports JWA’s measurement of business diversity performance.
The County plans to contract with applicants who meet the requirements of this solicitation to provide the subject services. At the discretion of County, the initial term of the contract(s) resulting from this solicitation may be renewed for an additional term or terms. Any renewal is contingent upon available funding, contractor performance, need for services, and County policies.
Successful applicants are expected to accept all of the terms and conditions of the attached Model Contract, which contains the contract requirements between the County and the applicant regarding the provision of services solicited under this Request for Applicants (RFA). Any exceptions to the Contract Template must be indicated in the Services Questionnaire. The selected application will be retained and incorporated into the contract by reference and made part thereof, except for assurances and promises that are unlawful.
Contract(s) resulting from this solicitation shall be a cooperative Contract and may be utilized by all County of Orange departments.
The provisions and pricing of any Contract resulting from this solicitation will be extended to other governmental entities. Governmental entities wishing to use this Contract will be responsible for issuing their own purchase documents, providing for their own acceptance, and making any subsequent payments. Contractor shall be required to include in any subordinate Contract entered into with another governmental entities pursuant to this Contract, a Contract clause that will hold harmless the County of Orange from all claims, demands, actions or cause of actions of every kind resulting directly or indirectly, arising out of, or in any way connected with, the use of this Contract. Failure to do so will be considered a material break of this Contract and grounds for immediate Contract termination. Governmental entities are responsible for obtaining all certifications of insurance, endorsements, and bonds required. The Parties agree that any other governmental entity utilizing this Contract shall not be deemed to be an agency or employee of County for any purpose whatsoever. The Contractor is responsible for providing each governmental entity a copy of this Contract upon request. The County of Orange makes no guarantee of usage by other users of this Contract.
The Contractor shall be required to maintain a list of the County of Orange departments and governmental entities using this Contract. The list shall report dollar volumes spent annually and shall be provided on an annual basis to the County, at the County’s request.
Subordinate Contracts must be executed prior to the expiration or earlier termination of this Contract and may survive the expiration of this Contract up to a maximum of one year; however, in no case shall a subordinate Contract exceed five (5) years in duration.
The contract(s) awarded through this solicitation is anticipated to be Human Services. The funding source for these services is Realignment Funds, California Department of Health Care Services (DHCS) and Federal Financial Participation (FFP) funds. Any contract resulting from this solicitation is contingent upon sufficient funds being made available by federal, state, and/or county governments for the term of the contract. The County reserves the right to revise the contract term stated in this solicitation. Start-up funds are not available for these services, with proper justification, and may be used for TBD.
The selected applicant shall be required to meet the following performance objectives by the end of each Term.
The County reserves the right at its sole discretion, to accept an application containing a minor irregularity or when a defect or variation is immaterial or inconsequential.
The County reserves the right to waive any and all minor irregularities in lieu of seeking corrections thereof. All requests for correction of minor irregularities or notification of waiver thereof will be given to applicants in writing.
Applications will remain valid for 365 days from the solicitation due date.
Any application which fails to conform to the essential requirements of this RFA, such as specifications, may be rejected as non-responsive.
The County will provide a written notification of rejecting non-responsive applications, which will state the specific grounds for the rejection. Therefore, it is the sole responsibility of the applicants to ensure their applications are conforming and responsive to all requirements of this RFA.
The Applicant shall maintain a staffing pattern and administrative personnel that meet all applicable State, Federal, and County regulations, including Title 9, California Code of Regulations (CCR), Lanterman-Petris-Short (LPS) Act Facility Designation Interim Regulations, and Senate Bill 43 (SB 43) mandates. If staffing ratio requirements conflict, the highest client to staff ratio will be followed. At a minimum, the following shall be provided:
The selected applicant shall maintain a facility that meets the following minimum requirements:
Timeline dates are approximations only and do not constitute any commitment or guarantee by the County.
| RFA Released: | March 31, 2026 |
| RFA Q&A Deadline: | April 24, 2026, 4:00pm |
| Initial Application Deadline: | April 30, 2026, 4:00pm |
| Final Application Deadline: | March 31, 2027, 4:00pm |
| Board of Supervisors date (for Initial Application Deadline): | Anticipated: August 11, 2026 |
The County plans to review all applications received and may enter into contract negotiations with applicants that meet all eligibility and submission requirements for one of the following service provisions:
The County has the right to conduct a compensation plan analysis to review and audit all business records and related documents of any and all applicants (including an affiliated or parent company), determine the adequacy, fairness, and reasonableness of the application, and to contact any and all client references.
The County’s determination as to whether an applicant is qualified and responsive will be based on the information furnished by the applicant in this solicitation, interview(s) with the applicant (if applicable), as well as from other sources determined to be valid by County. Award will not be made until after such investigations, as are deemed necessary, are made by the County regarding the experience and financial responsibility of applicant, which each applicant agrees to permit by submitting its application.
An application may be withdrawn by the applicant or an authorized representative, provided his or her identity is made known and he or she provides a receipt for the application, but only if the withdrawal is made prior to the application due date.
In accordance with BHIN‑25‑038 and State Plan Amendment (SPA) 23‑0045, Fee‑for‑Service/Managed Care (FFS/MC) contract hospitals providing acute psychiatric inpatient services to Medi‑Cal (FFS and managed care) members are reimbursed under a standardized rate methodology and using the Centers for Medicare & Medicaid Services (CMS) Market Basket Index for inpatient psychiatric facilities.
A hospital and Mental Health Plan (MHP) may negotiate a per‑diem reimbursement rate. However, this negotiated rate must not exceed the hospital’s usual and customary charge, or the maximum per‑diem rate determined by DHCS using the most current settled or audited CMS 2552 cost report for each qualifying applicant.
| Age Served | GACH | AFSPH |
| 12-17 years old | Pay Source: DHCS | Pay Source: DHCS |
| 18-21 years old | Pay Source: DHCS | Pay Source: DHCS |
| 22-64 years old | Pay Source: DHCS | Pay Source: HCA |
| 65 + years old | Pay Source: DHCS | Pay Source: DHCS |
| Lerke Clients | Pay Source: HCA (Rate to be negotiated) | Pay Source: HCA (Rate to be negotiated) |
| All Age Groups: Administrative Bed Day Rate: | Established and set by DHCS | Established and set by DHCS |
The rates do not include Professional Services as those are claimed separately and reimbursed directly by MHPs and not part of the awarded contract(s).
All questions regarding this Request for Applications (RFA) are to be posted online via The County’s online bidding system Question and Answer (Q&A) Section and will only be accepted and answered during the Q&A period that lasts until approximately one (1) week prior to the RFA closing date.
All applicants are expected to thoroughly read through the entire RFA package before posting questions. All participating applicants will simultaneously receive a notification via The County’s online bidding system that a question has been posted related to this RFA and will be available for view by all participating applicants. The County’s responses to the questions asked will be posted as promptly as possible to The County’s online bidding system and will be available for view by all participating applicants. .
The Q&A Section will close on Friday, April 24, 2026 at 4:00 pm Pacific Time. All applicants are encouraged to post any questions regarding the RFA by this deadline. After the close of the Q&A period, applicants may only contact the Deputy Purchasing Agent (DPA) with questions related to uploading applications to the County’s online bidding system. No other specific solicitation-related questions will be answered.
It is up to each individual applicant to determine if their organization meets the eligibility criteria stated in the RFA prior to submitting an application. The County does not provide any assistance to that effect.
Applicants are to strictly follow the directions above for questions regarding this RFA. During the entire RFA process, no County representative may be contacted for questions or information regarding this RFA with the exception of the assigned DPA, Imelda Iler at iiler@ochca.com. Any violation of this direction may be deemed non-responsive with the RFA process and shall form a basis for the rejection of the application.
Health Care Agency supports the County's effort to build a responsive System of Care that meets the needs of individuals and families experiencing homelessness by providing access to permanent housing and supportive services.
The Scope of Work and services outlined are in alignment with the Outreach and Supportive Services Pillar and Housing Pillar from the Commission to End Homelessness Homeless Service System Pillars Report. Health Care Agency and Respondents shall work to implement the principles and commitments of the Outreach and Supportive Services Pillar and the Housing Pillar, as applicable.
Responent shall upload their completed Homeless Service System Pillars Attestation in the Vendor Responses question.
NOTE: Electronic Bids cannot be viewed by County until after the solicitation deadline. If you encounter any problems with your registration, system, application submission, or other system issues, please contact OpenGov’s support staff via the live chat option or via email at procurement-support@opengov.com.
The County does not require, and neither encourages nor discourages, the use of lobbyists or other consultants for the purpose of securing business.
Applicant agrees that if there is a change or transfer in ownership of applicant’s organization prior to the completion of the contract, and the County agrees to an assignment of the Contract, the new owners shall be required under the terms of sale or other instruments of transfer to assume Contractor’s duties and obligations contained in the Contract and complete them to the satisfaction of the County.
The County reserves the right to immediately terminate the Contract in the event the County determines that the assignee is not qualified or is otherwise unacceptable to the County for the provision of services under the Contract.
California Public Records Act
Pursuant to California law, all information contained in an application may be public record, subject to disclosure to any member of the public who requests it through the California Public Records Act (CPRA). Government Code section 7920 et seq.
The County reserves the sole right to interpret or change any provision of the solicitation at any time prior to the application submission date. Any and all interpretations or changes will be in the form of a written addendum, which will be furnished to all applicants through County’s online bidding system. All addendums issued will become part of the solicitation and resultant contract. Applicants hereby acknowledge their receipt of any addendum by being registered in County’s online bidding system and acknowledge it is the applicant’s responsibility to check for, and read all addendums posted in County’s online bidding system.
Should such addendum require information not previously requested, the County at its sole discretion, may determine that a time extension is required for the submission of applications, in which case an addendum will indicate the new application submission date.
Throughout the term of this Contract, Contractor shall not be listed on any state or federal exclusionary rosters, listed below. County may screen Contractor on a monthly basis to ensure Contractor is not listed on the exclusionary rosters, listed below. If Contractor or its employee(s) are found to be included on any of the rosters indicated below, Contractor shall be deemed in default of its obligation under this Paragraph and shall constitute a cause for County to exercise its right to terminate this Contract immediately. County, in its sole discretion, may afford Contractor an opportunity to cure said default within a reasonable time.
Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.
*indicates that it is required.
The County requires that all response be valid for at least three hundred sixty-five (365) calendar days. Submissions not valid for at least three hundred sixty-five (365) days will be considered nonresponsive. The Respondent shall state the length of time for which the submitted response shall remain valid below:
Please state 365 calendar Days if your response will be valid for that period of time. If your response will be valid for a different period of time please list the appropriate number of calendar days.
The County assumes no responsibility for any understanding or representation made by any of its officers, employees or agents during or prior to the execution of any Contract resulting from this solicitation unless:
Representations made but not expressly stated and for which liability is not expressly assumed by the County in the Contract shall be deemed only for the information of the Respondent.
Respondent certifies that such understanding has been considered in this response.
The Respondent certifies that it has thoroughly examined the County’s requirements and meets all minimum qualifications and requirements set forth in this RFA.
The Respondent shall certify its willingness and ability to provide the required insurance coverage and certificates as set forth in the Model Contract.
All Contractors will be required to submit to County a federal Form W-9, or form W-8 for foreign vendors. County will inform Contractor, at the time of award, if the Form W-9 or W-8 will be required.
In order to comply with this County requirement, within ten (10) days of notification of selection of award of Contract but prior to official award of Contract, the selected Contractor agrees to furnish to the agency Deputy Procurement Agent (DPA) the required W-9 or W-8.
You may upload the appropriate form here or comply within the ten (10) days as described above.
Does the Respondent have an existing relationship with the County, past or current, for any financial or business reasons, or any other reason?
An answer of "NO" shall be considered as Respondent certifying that no relationship exists or has existed as outlined below. An answer of "YES" will allow you to disclose the necessary information to the County.
Respondent with an existing or past relationship with the County, for any reason, shall answer "YES" to this question and disclose:
Disclose any financial, business or other relationship with the County, any other entity that the County Board of Supervisors governs, or any County Board member, officer or employee, which may have an impact, affect or influence on the outcome of the services you propose to provide. Provide a list of current clients, employees, principals or shareholders (including family members) who may have a financial interest in the outcome of services you propose to provide.
Disclose any financial, business or other relationship within the last three (3) years with any firm or member of any firm who may have a financial interest in the outcome of the work.
A statement of compliance with all parts of this RFA or a listing of exceptions and suggested changes must be submitted in response to this RFP.
Each Respondent must execute the Non-Collusion Declaration contained in the RFP and submit it with the Response.
The County of Orange may require that the Respondent, before awarding any subcontract, secure Non-Collusion Declarations from proposed Subcontractors. The County of Orange does not conduct business with Respondents who engage in the act of Collusion.
Has your firm ever initiated discussions with competing consulting firms about the payment structure of an existing or potential future contract with the County of Orange? Respondent must select one (1).
If Respondent selects Yes answer, Respondent must provide a brief explanation below. A “Yes” answer may preclude you from moving forward in the RFA Process. Respondent must certify both questions below:
If not, has your firm participated in any discussions with competing firms in an effort to influence the payment structure for existing or potential County contracts? Respondent must select one (1). A “Yes” answer may preclude you from moving forward in the RFA Process.
(Yes) Respondent certifies current/past litigation as follows:
Respondent shall provide detailed information regarding litigation (court and case number), liens, or claims involving Respondent, or any company that holds a controlling interest in Respondent, against County of Orange in the past seven (7) years.
Respondent must certify either Yes or No below:
(Yes) Respondent certifies past company name changes and/or ownership changes, for Respondent’s firm and any proposed subcontractor firm, as follows:
Respondent shall provide detailed information regarding any company name changes (including legal business names) in the past seven (7) years.
(No) Respondent certifies that Respondent or any proposed subcontractors have not had any company name change or ownership changes in the past seven (7) years.
The Levine Act compliance is a minimum submittal requirement of this solicitation.
Please complete and sign the County of Orange Campaign Contribution Disclosure Form attached hereto. A Respondent's failure to provide a completed and signed copy will render its proposal as incomplete and nonresponsive.
Check the box to confirm - If subject to the Political Reform Act, Respondent shall conform to all requirements of the Act.
Failure to do so shall constitute a material breach and is grounds for immediate termination of the Contract by County. Respondent shall indemnify and hold harmless County for any and all claims for damages resulting from Respondent’s violation of this Section.
Upon recommendation of contract award, Respondent will be required to submit the Signed Contract within ten (10) calendar days of County notification, unless otherwise specified in the RFA.
Selected Respondent will be required to sign a contract upon award. If selected Respondent is a corporation, signature will be provided in accordance with the corporation’s code as specified in this solicitation.
Some *required questions might not be applicable to your company. Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.
*indicates that it is required.
What is the address of the company's corporate office? Please provide the full street/mailing address.
Please provide the local business address for the company named above. If there are multiple local addresses then please provide all.
If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority. The Executive Signer Authority comes from the President, Vice-President, or Chairperson of the Board.
If incorporated, please provide the name, contact number, and email of the person who would provide this signature authority. The Financial Signer Authority comes from the Secretary, Assistant Secretary, Chief Financial Officer, or Treasurer.
If not incorporated, please provide the name, contact number, and email of the person who has the binding and signature authority of this contract.
The County requires a valid UEI number and complete registration. Your company may obtain one at no cost at https://sam.gov/entity-registration.
Please include the following information in this response and note that this person is responsible for monitoring and responding to all communications for this solicitation:
Please include the following information in this response:
Please include the following information in this response:
State the following for the emergency contact person in reference to this services:
Respondent must demonstrate successful prior performance of comparable services in the public sector arena and provide a minimum three (3) reference letters from public sector entities and clients that are comparable to the County of Orange for which these types of services have been performed within the past five (5) years. Reference letters cannot be from one of the County of Orange departments or from more than one of the same entity.
Reference letters must be submitted on the organization's letterhead and signed by an individual that has the authority to sign on behalf of the named organization. Please provide the following information for each of the three reference letters:
Do not leave any required fields blank. Please indicate "N/A" when necessary. A required field that is left blank will prohibit your response from being submitted.
*indicates that it is required.
Contractor shall comply with County’s Safety and Loss Prevention Policy and Procedure #306 (“Contractor Safety Responsibilities”) and submit a copy of its Injury and Illness Prevention Program (IIPP) and Contractor Safety-Activity Checklist to the designated County Procurement staff as part of the solicitation and/or contract process. Contractor will notify County Project Manager of any revisions to the Safety-Activity Checklist and will provide a new Safety-Activity Checklist upon County request. The IIPP shall comply with California Code of Regulations, Title 8, Section 1509 or 3203 (whichever applies). Contractor shall submit other safety programs that pertain to the type of job that will be performed on site. County reserves the right to conduct inspections and audits as necessary for the purpose of evaluating any aspect of safety performance under this Contract.
Do not include the information below in the contract – for internal information only.
Please note public facing links included in this paragraph for contractors to access are as follows:
• Contractor Safety Responsibilities - https://bit.ly/3ayTivx
• Contractor Safety Activity Checklist - https://bit.ly/3FK0t2n
Contractor is required to provide a Safety Data Sheet (SDS) compliant with California Code of Regulations, Title 8, Section 5194, for each hazardous substance that is provided, used or created as part of the goods or services provided by Contractor to County. The SDS for each substance must be sent to either the County Project Manager, as specified in the “Notices” provision of this Contract, or to the place of shipment or provision of goods/services.
Please download the below documents, complete, and upload.
Additional file upload
This will update the Vendor Type field within Insurance and Indemnification section.
How do you want to receive pricing from vendors for this project?
Select one to fill in the blank.
Answer format: $XX.XX or N/A
Enter the date here.
Enter name of entity
Enter the department name of entity
Enter the first line of the entity's address.
Example: 400 W Civic Center Drive, 3rd floor
Enter the second line of the entity's address.
Q (New or Existing Services): Is this RFP for the addition of new services? Or does this represent the re-procurement of existing services? If this is an existing service, please provide the name of the current operator.
A: Questions to this RFA should pertain to the current solicitation. For historical information please submit a Public Records Act request at this link: https://orangecounty.nextrequest.com/requests/new?dept_id=1047 Previous solicitations and contracts can also be found on the County Procurement website: https://cpo.oc.gov/open-bids-county-contracts-portal
Q (SPA-23-0045): How does the County intend to integrate the CMS approved SPA-23-0045? Will there be further detailed guidance on the process for negotiation of hospital-specific rates?
A: County intends to utilize the guidance and suggestions provided in SPA-23-0045 to negotiate provider rates.
Q (County Inpatient Psych RFA – Proposed Clarification Questions): 1. Does the County intend to negotiate provider-specific reimbursement rates? 2. Will the County reimburse providers based on each provider’s cost per day as reflected in its CMS 2552 cost report, including ancillary costs, trended by the CMS Market Basket Index or other approved index, utilizing the methodology described in SPA 23-0045? 3. Please describe how the County intends to conduct the rate negotiation process, including the anticipated steps and actions involved. 4. Will the County obtain each provider’s Medicare cost report directly, or will providers be expected to furnish such documentation to the County? 5. What process will apply if the parties are unable to reach agreement on reimbursement rates?
A: 1. Yes 2. County will utilize the guidance and recommendations provided in BHIN 25-038 and SPA 23-0045 in rate discussions. 3. After Board of Supervisors’ approval, County plans to schedule individual meetings with all qualified applicants meeting the solicitation requirements. 4. Please refer to section 4. Minimum Submisiion Requirements. 5. Any qualified applicant choosing not to move forward in the solicitation process may withdraw.
Q (Section 1.7 Compliance Question (Model Contract)): Question – Section 1.7 (Statement of Compliance): Please confirm whether the Statement of Compliance requirement in Section 1.7 applies to the Model Contract and its attachments. Specifically, must Respondents identify and submit all proposed exceptions to Model Contract provisions (including section references and suggested revisions) as part of the Section 1.7 exception submission?
A: Section 6. subsection 1.7 as mentioned in the RFA is including, but not limited to, the terms and conditions set forth in the Contract and its Attachments. If the response is “No", there will be a list of any and all exceptions, in accordance with the instructions provided after "No" is selected, such as: 1. The RFA page number and section of the provision Respondent is taking exception to 2. The complete provision Respondent is taking exception to 3. The Respondent’s suggested rewording 4. Reason(s) for submitting the proposed exception; and 5. Any impact the proposed exception may have on cost, scheduling, or other areas.
Q (Number of RPFs - Needing to submit for two hospital sites ): I have a question regarding the RFP’s. Can you submit 2 RFP’s (needing to submit for two hospital sites) using the same account?
A: The same individual can submit applications for different hospital sites; however, a separate application must be submitted for each facility.
Q (staffing): Section 4 Minimum Submission Requirements, C requests a copy of staffing schedule with classifications and hours to meet LPS Designation staffing requirements. Are we to send the staffing matrix, or is there a date range that we should be sending staffing for?
A: A copy of the staffing matrix showing the staffing ratios and classifications for each unit, based on a client census ranging from one client up to maximum bed capacity, will meet this requirement.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.